100% Design, B501 Mission Planning Cell
ID: FA449725R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4497 436 CONS LGCDOVER AFB, DE, 19902-5016, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: MANAGEMENT ENGINEERING (C214)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small business contractors to provide architectural and engineering services for the 100% design of the B501 Mission Planning Cell at Dover Air Force Base, Delaware. The project involves comprehensive design and construction documentation, including architectural, structural, and interior design elements, with a performance period of 330 calendar days and a contract magnitude estimated between $500,000 and $1 million. This procurement is crucial for enhancing operational capabilities and ensuring compliance with military standards, emphasizing the importance of security and operational readiness. Interested contractors must submit their proposals electronically by Noon, EST, on June 9, 2025, and may direct inquiries to Princess Rivera at princess.rivera.1@us.af.mil or Anna George at anna.george.2@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for Architecture and Engineering (A/E) services for the repair and renovation of Building 501, specifically the Mission Planning Cell at Dover Air Force Base, Delaware. The project encompasses the design and construction of updated office and controlled access areas, including architectural and interior design, HVAC system enhancements, electrical upgrades, and fire protection compliance. The contractor is expected to conduct tenant interviews to ascertain specific requirements, develop comprehensive design drawings, and collaborate with credentialed professionals across various engineering disciplines. The project spans 330 calendar days, with important milestones including design charrettes, submittals for 35%, 50%, 95%, and 100% design phases, and thorough documentation adhering to Department of Defense standards. Significant interdisciplinary communication and review processes are established to address security standards, sustainability goals, and compliance with applicable codes. The contractor is responsible for considering health and safety regulations, including a comprehensive asbestos survey. Additionally, the SOW includes strict limitations on contractor personnel, emphasizing U.S. citizenship and detailed security protocols for project execution, ensuring the safeguarding of sensitive areas during the design and construction processes.
    The document outlines the Statement of Work (SOW) for the Architectural and Engineering (A/E) services required for the 100% design of the B501 Mission Planning Cell at Dover Air Force Base. The objectives include creating architectural plans, upgrading HVAC, electrical, and communication systems, and ensuring all designs comply with relevant military standards and codes. The project has a performance period of 330 days and involves detailed deliverables, including design milestones, specifications, and cost estimates. Key phases include tenant meetings, design charrettes, and multiple design review stages, ensuring collaboration and compliance with government regulations. Special attention to security measures, controls, and environmental considerations such as sustainable design and asbestos removal is also emphasized. Overall, the SOW establishes a comprehensive framework to guide the entire design and construction process, ensuring quality and safety in support of military operations.
    The Construction Security Plan (CSP) for the renovation of Building 501 at Dover Air Force Base outlines essential security measures during the project. The 436th Civil Engineer Squadron will manage the design and construction, with an estimated cost of $6.6 million. The CSP emphasizes Operations Security (OPSEC) and defines roles, particularly the Site Security Manager (SSM), responsible for project security compliance and oversight. Construction will follow specific standards to ensure the facility meets security requirements, particularly focusing on secure area perimeters and IT infrastructure for mission support. Key provisions include strict worker citizenship requirements, clearance checks, and prohibitions on certain items within the construction zone. A detailed risk assessment is absent, though existing security measures are deemed sufficient. Monitoring of the construction site will be continual, with inspections mandated for both personnel and materials. The document underscores the necessity for all personnel to adhere to stringent security protocols, reinforcing the importance of safeguarding access to sensitive locations during renovations, ensuring compliance with federal security standards while enhancing operational capabilities at Dover AFB.
    The document appears to be a technical error message related to a PDF file that cannot be displayed or accessed due to potential compatibility issues with the user's PDF viewer. It suggests upgrading to the latest version of Adobe Reader for proper functionality. Additionally, it provides links for further assistance with Adobe Reader. The warning serves as an indication of software-related barriers to viewing important government documents, which may contain RFPs (Request for Proposals), federal grants, or state and local RFPs. The inability to access the document underscores the importance of proper software for reviewing governmental materials effectively and highlights potential accessibility challenges in obtaining critical information related to federal or state proposals and grants.
    The document provides detailed guidelines for submitting Military Construction Project Data under various categories, intended for federal and military installations. It outlines the structure for project title, installation location, project costs, and category codes, emphasizing accurate classification and cost estimation based on established EEIC (Element of Expenditure) codes. Key focus areas include project descriptions, funding sources, and the necessity of repairs or renovations to maintain operational readiness. The form is standardized to facilitate approvals and compliance with relevant military construction regulations and policies. Additionally, it stipulates requirements for supporting documents and certifications from relevant authorities, ensuring comprehensive review and validation of proposed projects. The overall objective is to ensure that military facilities are adequately maintained and upgraded to support operational missions while adhering to fiscal responsibility.
    The document outlines the requirements for architectural and engineering (A-E) firms tasked with developing construction cost estimates for military projects. It mandates the use of current Department of Defense (DOD) cost data and software tools such as PACES or MII, executed by experienced estimators with at least five years in government construction. Estimates must align with design maturity, thoroughly document calculations and assumptions, and apply relevant geographic cost factors. A Basis of Estimate (BOE) narrative report is required, detailing the estimation process for traceability. Additional documentation includes a summary estimate report and supporting materials. The review and validation process involves an independent Air Force Cost Engineering Reviewer, ensuring that comments are addressed before final approval. Timely submission and revision timelines are stipulated, highlighting the structured approach necessary for compliance with Air Force policies. The guidelines maintain adherence to established cost estimating standards and methodologies within military construction.
    The Dover AFB OPSEC Awareness Guide for Contractors outlines essential procedures and countermeasures to safeguard sensitive information and personal identifiable information (PII). It underscores the importance of reporting suspicious behavior and restricts access to critical operational details regarding personnel, logistics, and mission capabilities. Contractors are instructed to handle PII with care, utilizing privacy covers, shredding policies, encryption, and password protection to prevent unauthorized disclosure. Secure communication practices are emphasized, including encrypted emails and limited sharing of sensitive information. The guide also warns against discussing operational details in public or on social media, ensuring only authorized personnel access classified data. These measures reinforce the need for vigilance in protecting military operational security and compliance with federal regulations, particularly for contractors involved in government RFPs and grants. Overall, this document serves as a comprehensive reference for maintaining security protocols at Dover Air Force Base.
    The Dover Air Force Base Antiterrorism Awareness Pamphlet serves as a guide for contractors regarding their role in enhancing security and vigilance as part of the Global War on Terrorism. It emphasizes the importance of being alert to surroundings, recognizing inconsistencies, and reporting suspicious activities, such as unusual surveillance, unauthorized vehicle presence, and specific behaviors indicative of potential terrorist actions. The pamphlet outlines definitions, such as terrorism and various victimization scenarios, to raise awareness. Contractors are instructed on reporting procedures for suspicious activity and the urgency of providing accurate information to Security Forces. Different Force Protection Conditions (FPCON) are detailed, indicating the level of threat and corresponding security measures, ranging from normal to more stringent protocols. The overall purpose of this document is to empower contractors to act as force multipliers in safeguarding the base and its personnel by promoting awareness and proactive reporting of potential threats. This aligns with federal efforts to involve private sector partners in national security initiatives.
    The Dover Air Force Base OPSEC Awareness Guide for Contractors establishes essential security measures to protect sensitive government information. It emphasizes the urgency of reporting suspicious behavior and the necessity for protecting Personal Identifiable Information (PII) as per the Privacy Act. Contractors are instructed to restrict access to sensitive data, including mission capabilities, force readiness, and organizational structure, while maintaining a strict shredding policy for disposal of sensitive documents. Secure communication is paramount; hence, encryption and password protection are recommended for email correspondence. Additionally, the guide advises against public disclosures relating to mission details and directs that only authorized personnel should have access to specific operational information. The overarching aim of this guide is to ensure that all contractors handle information prudently, comply with security protocols, and safeguard the integrity of defense operations against unauthorized access or leaks.
    The Antiterrorism Guide for Contractors by the Department of the Air Force outlines essential procedures and responsibilities for contractors and subcontractors operating at Dover Air Force Base (DAFB). It emphasizes the importance of adhering to Department of Defense (DoD) antiterrorism standards to ensure the safety of personnel and resources from potential terrorist threats. Key components include mandatory training for personnel on antiterrorism awareness, specifically through designated online platforms for those with and without Common Access Cards (CAC). The guide also underscores the significance of reporting suspicious activities through various hotlines and encourages a proactive approach to security, including detailed reporting procedures. These cover recognizing suspicious behaviors, such as surveillance, testing of security, and acquiring unauthorized supplies. Lastly, the guide specifies that if the Force Protection Condition (FPCON) is elevated to Charlie or Delta, contract services may be discontinued. This document serves as a critical tool for promoting a secure working environment and ensuring compliance with federal security regulations for contractors involved with the Air Force.
    The Dover Air Force Base's Antiterrorism Office produced a pamphlet to instruct contractors on their essential role within the Global War On Terrorism. The document emphasizes the importance of maintaining security vigilance and reporting any suspicious activity on the base. Contractors are encouraged to be aware of their surroundings, recognize authorized personnel, and identify unusual patterns, such as unfamiliar vehicles or people. Key threats outlined include surveillance activities, elicitation attempts for sensitive information, breaches of security, and suspicious transactions hinting at terrorism financing. Specific emergency contact information is provided for reporting any perceived threats. The pamphlet also describes different Force Protection Conditions (FPCON), ranging from normal operational readiness to heightened security alerts, detailing the measures expected at each level. Overall, the pamphlet serves as a critical resource for contractors, promoting proactive security awareness and effective response strategies to ensure a safe environment at Dover Air Force Base.
    The Antiterrorism Guide for Contractors issued by the Department of the Air Force, Dover Air Force Base, outlines essential protocols for defense contractors to ensure the safety of personnel and resources from terrorist threats. It emphasizes the contractor's responsibility to adhere to Department of Defense (DoD) antiterrorism standards, including the requirement for personnel to undergo Antiterrorism Awareness Level I training. This training can be completed via online platforms specified in the guide. Moreover, it encourages contractors to report any suspicious activities to the appropriate authorities to enhance force protection measures. Specific reporting details are provided, including emergency contact numbers and suggestions on how to document potentially threatening behavior using the SALUTE method (Size, Activity, Location, Uniform, Time, Equipment). The guide also addresses Force Protection Conditions (FPCON), indicating that services may be suspended during heightened threat levels. Overall, this document serves as a comprehensive resource for contractors, outlining the importance of proactive security measures and training in safeguarding military installations and communities against terrorism.
    The document outlines the Construction Cost Estimate for the FJXT210104 project, which involves repairing the ATC Windshield & Water Intrusion at Dover Air Force Base. Utilizing the Construction Specifications Institute (CSI) format, contractors are required to complete the cost estimate based on prefilled division sheets while allowed to add any missing elements. Each division, from General Requirements to Electrical, outlines various construction costs that will contribute to the overall project budget. Contractors must fill in specific overhead and profit percentages on the summary tab, while accounting for unique conditions in each division, particularly when subcontractors or the prime contractor self-perform certain tasks. The comprehensive estimate reflects the project’s scope and assists in budgeting for necessary repairs to ensure regulatory compliance and operational efficacy at the facility. This structured approach facilitates transparency and accuracy in cost estimation, essential for responding to federal RFPs, grants, and local construction requests. The emphasis on detailed division assessments underscores the complexity and significance of the project, ensuring adequate funding and resource allocation while adhering to government standards.
    The Department of the Air Force's 436th Contracting Squadron has issued a memorandum addressing questions from offerors regarding the solicitation FA449725R0011 for the design of the B501 Mission Planning Cell. Key clarifications include access protocols to restricted areas requiring escorts, with a maximum of 2-3 personnel allowed at a time. Security clearances are necessary for these zones, and contractors must coordinate access following the contract award. The scope of work encompasses utility upgrades and a full survey of existing systems, with revisions involving buildings 500 and 501. The second site visit is scheduled for May 12, 2025, and attendance is encouraged but not mandatory. Contractors are required to provide design estimates as part of their bid to evaluate costs. Additionally, the Air Force will continue to solicit under NAICS Code 541310, focusing on maximizing opportunities for small business firms. This memorandum serves to clarify expectations and protocols for contractors involved in this federal design project, aligning with the objectives of maximizing competition and ensuring project feasibility.
    This document pertains to an amendment of a federal solicitation (RFP) involving the modification of a contract process. The primary purpose is to extend the proposal due date from May 30, 2025, to June 9, 2025, and adjust the second site visit date and question-and-answer timeframes accordingly. Key details include that the acquisition remains set aside for small business concerns under NAICS Code 541310, with a performance period of 330 calendar days and a project magnitude between $500,000 and $1,000,000. Moreover, it emphasizes that funds for the project are currently unavailable, clarifying that no awards will be made until financing is secured. It also establishes new deadlines for the submission of questions and the electronic submission format for proposals, providing contact information for the designated officials. The amendment reiterates that all existing terms and conditions remain unchanged unless specifically stated. This is a standard procedure in government contracting to ensure transparency and updated communication with potential contractors.
    The document outlines an amendment to a federal solicitation related to a construction project at Dover Air Force Base. The amendment serves to extend the deadline for receiving offers and incorporates several key updates, including a Questions & Answers Document, an updated Statement of Work (SOW), and specific renovation layouts. The document emphasizes that all previous terms and conditions remain unchanged, and provides clear instructions for contractors on how to acknowledge receipt of the amendment, make changes to submitted offers, and comply with related administrative requirements. Attachments listed include various required plans and guidelines necessary for the project's completion, with a focus on regulatory compliance, safety, and logistical planning. The overall purpose is to ensure potential contractors have the latest information and documentation needed for participation in the bidding process, reflecting the government's commitment to thorough communication and adherence to procedural standards.
    The document outlines a Request for Proposal (RFP) for the construction of the 100% Design B501 Mission Planning Cell at Dover Air Force Base, with a solicitation number FA449725R0011. It specifies that the project is set aside for small businesses under NAICS Code 541310 with a size standard of $12.5 million. The projected contract magnitude is between $500,000 and $1 million, with a performance period of 330 calendar days. The document highlights several requirements for bidders, including the need for sealed offers, performance bonds, and compliance with various federal acquisition regulations. A site visit is scheduled for April 21, 2025, and questions from offerors must be submitted by April 23, 2025. It is also noted that funding for this project is not currently available, and the government reserves the right to cancel the solicitation if necessary. Overall, the document aims to ensure a fair and structured bidding process for small businesses to participate in the upcoming construction project, emphasizing compliance, performance standards, and deadlines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Pre-Solicitation Notice W9128F26RA006 SAOC 35%-RTA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified architect-engineer firms to provide design services for the new Survivable Airborne Operations Center (SAOC) 2-Bay Maintenance Hangar at Offutt Air Force Base in Nebraska. The procurement involves creating a design package that is 35% complete and ready to advertise, with an option for construction phase services included. This project is critical for enhancing operational capabilities at the Air Force base, ensuring that the facility meets modern standards for maintenance and operational readiness. Interested firms can reach out to Margarette Wolfe at margarette.e.wolfe@usace.army.mil for further details, as there are no set-asides for this opportunity.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.